Skip to main content

An official website of the United States government

You have 2 new alerts

Electrical Equipment Rehabilitation and Replacement MATOC

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Updated)
  • Updated Published Date: Jan 25, 2022 08:20 am CST
  • Original Published Date: Dec 14, 2021 10:49 pm CST
  • Updated Date Offers Due: Feb 04, 2022 12:00 pm CST
  • Original Date Offers Due: Jan 28, 2022 12:00 pm CST
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 30, 2022
  • Original Inactive Date: Apr 30, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z2QA - REPAIR OR ALTERATION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE)
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    USA

Description

W9127S22R0001 is being solicited using Full and Open Competition under the North American Industrial Classification System (NAICS) Code 237990, Other Heavy and Civil Engineering Construction. The small business size standard is set at $39.5 million.This solicitation will be issued utilizing FAR Part 15 as a Request for Proposals (RFP). Proposals will be evaluated via the Best Value – Trade Off method and will result in firm fixed-price construction contracts. The resultant contracts will consist of a 5-year base period, with no options, and an overall capacity limit of $49 million. Task orders will range in value from $300 thousand to $7 million, and offerors should have the ability to perform up to five (5) task orders simultaneously. The minimum guarantee is valued at $10 thousand.Work will be performed on motor control centers, switchgear, switchboard, transformers, panelboards, cables, controls, variable frequency drives, motors and starters, Programmable Logic Controllers (PLCs), conduit, busway, essential AC/DC systems, and other power distribution equipment at 15kV class and below. Rehabilitation and replacement efforts may include some or all the following: manufacturing, fabrication, supply, installation, testing, certification, training, incidental design, and submittals for approval. Logistic support of individual tasks will include spares determination, inclusion, and statements of intended availability of spare parts by the original equipment manufacturer. Rehabilitation work may also consist of construction, repairing, replacing, and/or upgrading worn components of electrical systems to make the equipment fully functional for support of mission requirements. Activities under each task order may include lead-based paint, asbestos, and other hazardous material removal; painting; final inspections and testing services; and classification/ marking of final product. Contractors will be required to provide detailed as-built documentation at completion of construction. Work areas may be difficult to access, requiring entrance of confined spaces, traffic control, construction of scaffolding, areas inside high voltage switchyard, or facilitation access by crane/lift. Task orders will be administered by various USACE districts within the SWPA marketing area: Fort Worth (SWF), Vicksburg (MVK), Little Rock (SWL), Tulsa (SWT), St. Louis (MVS), and Kansas City (NWK).

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 700 W CAPITOL AVE ROOM 7315
  • LITTLE ROCK , AR 72201-3225
  • USA

Primary Point of Contact

Secondary Point of Contact

History